Maintain Pavement Markings
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the 439th Airlift Wing Contracting Office (FA6606), issued Solicitation FA6606-26-B-0001 for Maintain Pavement Markings at Westover Air Reserve Base, Chicopee, MA. This is a 100% Total Small Business Set-Aside for a Firm Fixed-Price contract. Bids for this opportunity were opened on April 8, 2026.
Scope of Work
The project, designated YTPM 25-3001, requires furnishing all labor, materials, equipment, and services to maintain airfield pavement markings. This includes:
- Painting: White retro-reflective and non-reflective markings on Runway 05/23 and 15/33, yellow retro-reflective and non-reflective markings on specific taxiways (F, G, L, N, P, R, S, T, & Y), and various markings on aprons, pads, and ramps (e.g., taxi lines, parking spots, restricted area lines). Existing Compass Rose markings are to be repainted, not newly installed.
- Removal Services: Water-blasting of old markings and removal of rubber buildup from designated areas. A significant clarification indicated the rubber removal quantity is 600,000 SF (6,000 HSF).
- Friction Testing: Conduct friction tests on Runway 05/23 (one before and one after rubber removal) in accordance with FAA Advisory Circular 150/5320-12C. No friction testing is required for Runway 15/33.
- Material Specifications: Paint must comply with TT-P-1952F (waterborne, 100% acrylic, specific colors, no hazardous metals). Glass beads must meet TT-B-1325D. Black borders for markings apply only to concrete surfaces.
Contract Details
- Contract Type: Single Firm Fixed Price (FFP).
- Estimated Magnitude: Between $300,000.00 and $500,000.00.
- Period of Performance: 60 calendar days from Notice to Proceed, with work commencing within 10 days and on-site completion within 30 days. The project is anticipated to start in Late Spring to Summer.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237310 (Airport Runways and Taxiways Repair/Alteration) with a $45.0 Million size standard.
- Bonds: Performance and Payment Bonds are required (20% of bid price or $3 Million, whichever is less).
Key Clarifications
- Access & Coordination: Daily coordination with the Contracting Officer and Airfield Management is required. Government escorts are provided for restricted areas during normal duty hours at no fee. Unrestricted access is available on the North side of ramps, with escorted access on the East side.
- Personnel: A company representative capable of obligating the company is required; multiple roles (e.g., Superintendent, SSHO, QC Manager) can be held by one person.
- Environmental: Greywater can be disposed of on-site, but rubber and paint chips/debris must be disposed of off-site. No hazardous materials are present, but MSDS for paint is required.
- Permits/Taxes: No state, local, or Federal permits are required. Purchases are generally immune from state/local taxation, with Form ST-5C provided upon award.
Submission & Evaluation
- Bid Opening: Bids were opened on April 8, 2026, at 2:00 PM EDT.
- Evaluation: Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price and price-related factors.
- Submission Method: Original bids were required via mail or hand delivery; fax and email bids were not accepted.
Additional Notes
Funds are not presently available for this effort, and no award will be made until funds are available. The Government reserves the right to cancel the solicitation. Contractors must be certified in SAM.gov.